MODIFICATION
J -- AFICA MOKKITS Sustainment
- Notice Date
- 1/23/2019
- Notice Type
- Modification
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- AFICA - AFICA- PACAF
- ZIP Code
- 00000
- Solicitation Number
- FA5215-19-R-7001
- Response Due
- 2/25/2019
- Point of Contact
- Patrick L. Heppard, Mr., Phone 8084714632, - Jacob Davis , TSgt, Phone (808) 471-4252
- E-Mail Address
-
patrick.heppard@us.af.mil, jacob.davis.3@us.af.mil
- Small Business Set-Aside
- N/A
- Description
- This Request For Information (RFI)/Sources Sought (SS) is issued by the Air Force Installation Contracting Agency (AFICA), 766 Specialized Contracting Squadron, Strategic Acquisitions Flight (766 SCONS/PKZ). This is not a Request for Quote (RFQ) or Request for Proposal (RFP). No contract award will be made on the basis of any response(s) to this notice. PURPOSE: The purpose of this notice is to conduct market research for a known agency requirement and seek industry comments in response to the Draft Performance Work Statement (PWS) attached. The results of this RFI will be used as an effort to obtain competition, identify qualified potential sources and promote full and open competition to the maximum extent practicable in accordance with (IAW) FAR Part 19, FAR Part 10, FAR Part 6 FAR Part 5 and the Competition in Contracting Act (CICA), 41 U.S.C. 253. NOTICE OF INTENT TO AWARD SOLE SOURCE: CUBIC DEFENSE APPLICATIONS FULL AND OPEN COMPETITION: Contracting officers shall provide for full and open competition through use of the competitive procedure(s) contained in this subpart that are best suited to the circumstances of the contract action and consistent with the need to fulfill the Government's requirements efficiently IAW FAR 6.101 (b). PROCUREMENT HISTORY: Award Date: 18 November 2014; Acquisition type: Sole Source; Contract number: FA521515C7001; Contractor: Cubic Defense Applications; CAGE: 94987; The contract includes sustainment services for four (4) permanent locations: Misawa AB Japan, Osan AB Korea, Kunsan AB Korea, and Kadena AB Japan. Award Date: 28 March 2014; Acquisition type: Sole Source; Contract number: FA521514C7005; Contractor: Cubic Defense Applications; CAGE: 94987; The contract included contractor furnished pods, travel, equipment support, and sustainment at Misawa AB, Japan; Osan AB, Republic of Korea; Kunsan AB, Republic of Korea; and Kadena AB, Japan. Award Date: 26 March 2004; Acquisition type: Sole Source; Contract number: FA521504D0006; Contractor: Cubic Defense Applications; CAGE: 94987; The contract included additional contractor furnished pods, travel, logistics support and sustainment of equipment at Misawa AB, Japan; Osan AB, Republic of Korea; Kunsan AB, Republic of Korea; and Kadena AB, Japan. Award Date: 13 August 1997; Acquisition type: Full and Open; Contract number: F0862697C0248; Contractor: Cubic Defense Systems; CAGE: 94987; The contract included logistics support, residual spares, sustainment of equipment, engineering and technical support, travel, and data at Kadena AB, Japan. Award Date: 6 June 1995; Acquisition type: Full and Open; Contract number: F0862695C0107; Contractor: Cubic Defense Systems; CAGE: 94987; The contract included development, supply, and support, travel, and sustainment of Kadena Interim Training System (KITS) at both Kadena AB, Japan and Air National Guard, Alpena Michigan. DESCRIPTION OF SERVICES: The government has a requirement for non-personal services in support of the United States Air Force, Headquarters Pacific Air Forces (PACAF), Operational Support Division Weapons/Tactics & Ranges (A3TW), Misawa/Osan/Kunsan/Kadena Instrumentation Training System (MOKKITS). The sustainment services on PACAF's air combat maneuvering instrumentation system as there air combat training system, shall maintain functionality of 140 airborne instrumentation pods with Live Monitoring abilities that comply with the specifications of the Cubic Defense Applications' KITS across the following 4 PACAF locations: Misawa AB Japan, Osan AB Korea, Kunsan AB Korea, and Kadena AB Japan. Out of the 140 airborne instrumentation pods, 26 will be government furnished, and the remaining 114 airborne instrumentation pods must be furnished by the contractor. Additional maintenance is needed for the surface instrumented sub-system / real time server at the following 3 PACAF locations: Misawa AB Japan, Kunsan AB Korea, and Kadena AB Japan. Maintenance as well entails providing management, labor (including engineering), equipment (hardware and software), tools, supplies, transportation, and materials including but not limited to Data Transfer Device (government furnished), umbilicals, buffer adapters, and ballast weights to allow performance of the air combat training system. Additional sustainment needs are to schedule availability of the airborne instrumentation pods, conduct configuration management of technical information within airborne instrumentation pods, and transportation of equipment for maintenance. ANTICIPATED PERIOD OF PERFORMANCE/CONTRACT TYPE: The anticipated contract will be a Firm Fixed Price contract. Period of Performance: one (1) 12 month base period year and six (6) 12 month option periods. The resultant contract award will include FAR Clause 52.217-8, Option to Extend Services for a period of performance not to exceed a six (6) month extension of services. The total period of performance shall not exceed seven (7) years and six (6) months. CONTRACT AWARD DATE: On/about 1 October 2019 INDUSTRY EXCHANGE IAW FAR 15.201(b) The purpose of exchanging information is to improve the understanding of Government requirements and industry capabilities, thereby allowing potential offerors to judge whether or how they can satisfy the Government's requirements, and enhancing the Government's ability to obtain quality supplies and services, at reasonable prices, and increase efficiency in proposal preparation, proposal evaluation, negotiation, and contract award. The sections below are included to help facilitate these exchanges. INFORMATION REQUESTED: At a minimum potential offerors shall provide complete/sufficient responses to questions below. The Contracting Officer will deem incomplete/insufficient responses received from potential offerors unacceptable. As a result, potential offeror's submission lacks the capability to be determined "responsible" to perform this requirement. 1. Company Information: Name, address, telephone number, point of contact name(s), e-mail address(es), DUNS and CAGE code, business size large or small. If small business identify the following: type of small business and/or socio economic class. If an 8(a)/SDB firm, include 8(a) program graduation/exit date. BUSINESS SIZE STANDARD: Interested sources shall identify its business size standard based on the primary North American Industrial Classification System (NAICS) code of 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. Product or Service Code (PSC) J016 - Maint/Repair/ Rebuild of Equipment - Aircraft Components, and Accessories. Responses may be used to develop and/or determine if small business prime and subcontracting opportunities exist for this requirement IAW FAR Part 19.501 (b). - Large Business Concern - Small Business (SB) Concern - 8(a)/Small Disadvantaged Business (SDB) - Woman-Owned Small Business - Historically Underutilized Business Zone (HUBZone) - Veteran-Owned Small Business - Service-Disabled Veteran-Owned Small Business (SDVOSB) For more information, refer to http://www.sba.gov/content/tablesmall-business-size-standards 2. Performance Work Statement (PWS) Review: IAW FAR 15.201, the PWS has been provided to improve the understanding of the requirement and enhance the ability of the government to obtain quality services. The government requests that industry carefully review the attachment and offer comments or suggestions, with specific references to the attachments (section, paragraph number, page number). Any changes to the Draft PWS will be at the discretion of the Contracting Officer. 3. Capabilities: Include information regarding your company's recent (within 5 years from date of this notice) and relevant capabilities to successfully perform this requirement. Consider the following areas: 4. Ability and data rights to sustain and provide KITS pods. 5. Provide information/past performance for KITS. 6. Recruitment and Retention: (1) the ability of your firm in recruiting and maintaining qualified personnel with a Secret Security Clearance, (2) the ability to recruit and provide contractor personnel at multiple foreign nation locations, (3) information regarding previous history providing the same or similar services, (4) describe your business capability to meet prompt replacement and quick turnaround of Contractor employees, (5) describe innovative efficiencies that are available to Industry and/or your firm that are relevant to this requirement, and (6) List any concerns in your ability to fill all required positions and meet all required items within the contract. 7. Identify any major performance, schedule, or cost risks anticipated. Discuss options to mitigate those risks. The Contracting Officer will review and consider all responses and/or questions received. However, the Contracting Officer will not provide a written and/or verbal response to any questions received. RESPONSES: All submissions for this notice shall be submitted in writing through BOTH the government point of entry (GPE) (www.fedbizopps.com) and via email to patrick.heppard@us.af.mil and jacob.davis.3@us.af.mil. Submissions through FBO and via email shall reference the proper subject - RFI Reponse for MOKKITS Sustainment. No questions will be accepted relative to this RFI. Please, provide clear, concise, and complete answers via e-mail NO LATER THAN 10:00am HST on February 25, 2019. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/c253f5977d30e192f6758585061ff139)
- Place of Performance
- Address: Misawa AB Japan, Osan AB Korea, Kunsan AB Korea, and Kadena AB Japan.
- Country: JP
- Country: JP
- Record
- SN05201192-F 20190125/190123230040 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |